Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Reward Portal — Flexible Benefits

  • First published: 18 August 2020
  • Last modified: 18 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
18 August 2020
Deadline date:
02 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Reward Portal project underpins all reward and recognition activity across the whole of Thames Water. We are seeking a single supplier to provide a technology platform that will administer the following scope for the new total reward package solution:

(a) retailer discounts (i.e. employee discounts and offers);

(b) flexible benefits (e.g. holiday trading, insurances, etc.);

(c) salary sacrifice schemes (e.g. cycle to work, electric vehicles, etc.);

(d) reward and recognition (e.g. eCards, long service awards, etc.);

(e) Total reward statement;

(f) health and wellbeing (e.g. gym discounts, financial wellbeing, etc.);

(g) communication (e.g. blogs, etc.).

The portal will be a central repository and an interactive system for all pay and benefits information, which must be able to link to third party sites and be accessible on multiple devices. The headcount in scope for this agreement is c.6 800 employees. The principle bidder is likely to be the primary vendor of the proposed technology platform who will administer a large proportion of the reward schemes themselves, working closely with a small number of strategic partners who will deliver the remaining services. The supplier will be responsible for the provision of the platform and providing employee user subscriptions to the platform, the provision of rewards schemes via the platform, cloud services (if applicable), and support and maintenance services in respect of the platform.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: www.thameswater.co.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.thameswater.co.uk/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.thameswater.co.uk/procurement


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Reward Portal — Flexible Benefits

Reference number: FA1508

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Thames Water is intending to appoint a single supplier to provide and implement a replacement off-the-shelf reward and benefits portal that delivers an improved employee experience and will support the modernisation of the total reward package offered by Thames Water allowing the company to attract and retain talent.

II.1.5) Estimated total value

Value excluding VAT: 1 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79000000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

The Reward Portal project underpins all reward and recognition activity across the whole of Thames Water. We are seeking a single supplier to provide a technology platform that will administer the following scope for the new total reward package solution:

(a) retailer discounts (i.e. employee discounts and offers);

(b) flexible benefits (e.g. holiday trading, insurances, etc.);

(c) salary sacrifice schemes (e.g. cycle to work, electric vehicles, etc.);

(d) reward and recognition (e.g. eCards, long service awards, etc.);

(e) Total reward statement;

(f) health and wellbeing (e.g. gym discounts, financial wellbeing, etc.);

(g) communication (e.g. blogs, etc.).

The portal will be a central repository and an interactive system for all pay and benefits information, which must be able to link to third party sites and be accessible on multiple devices. The headcount in scope for this agreement is c.6 800 employees. The principle bidder is likely to be the primary vendor of the proposed technology platform who will administer a large proportion of the reward schemes themselves, working closely with a small number of strategic partners who will deliver the remaining services. The supplier will be responsible for the provision of the platform and providing employee user subscriptions to the platform, the provision of rewards schemes via the platform, cloud services (if applicable), and support and maintenance services in respect of the platform.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 300 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement awarded would be for an initial duration of 3 years with options to extend annually up to a maximum of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend annually up to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As detailed in the PQQ.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

As detailed in section VI.3) and PQQ.

III.1.6) Deposits and guarantees required:

Bonds and/or parent company guarantees of performance and financial standing may be required.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specified in the invitation to negotiate.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Consortia may be required to form a legal entity prior to award.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/09/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Between 3-8 years.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3). of this notice, i.e. https://www.thameswater.co.uk/procurement

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Ltd

Reading

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Thames Water Utilities Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Ltd

Reading

UK

VI.5) Date of dispatch of this notice

13/08/2020

Coding

Commodity categories

ID Title Parent category
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.